SOLICITATION NOTICE
Y -- Design and Construct a Compound for Task Force Freedom (Signal Brigade) at Bagram, Afghanistan
- Notice Date
- 3/3/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-11-R-0020
- Point of Contact
- Sandra G Fletcher, Phone: 215-656-6915, Joseph T Bujnowski, Phone: 215-656-6761
- E-Mail Address
-
Sandra.G.Fletcher@usace.army.mil, Joseph.T.Bujnowski@usace.army.mil
(Sandra.G.Fletcher@usace.army.mil, Joseph.T.Bujnowski@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Description of Work : (THIS ANNOUNCEMENT WAS PREVIOUSLY ADVERTISED UNDER "W912BU-10-R-0071"). The contract work consists of construction of a compound for Task Force Freedom (Signal Brigade). Primary facilities include a Signal Brigade Command and Control Facility, a Joint Network Operations (NETOPS) Control Center (JNCC), and an Entry Control Point with fencing, gate, and guard shack for the compound. Supporting Facilities include electrical distribution, water and sewage distribution systems, mechanical systems, roads, drainage, parking, walks, curbs and gutters and site improvements. Anti-terrorism measures will be provided. Comprehensive building and furnishings related interior design services are required. Task Force Freedom proposed site will not be available for physical construction until 20 August 2011. Access to the site, prior to 20 August 2011, for the purpose of the topographic survey and geotechnical investigation shall be coordinated with COR. The following optional items will be included in the solicitation: Option 1 - Provide a domestic water tank; Option 2 - Provide a waste water holding tank. Award will be made using best value source selection procedures. The evaluation factors listed in descending order of importance are: Factor 1 - Management Plan ; Factor 2- Experience - (which will include Design experience and Construction experience); Factor 3 - Past Experience - (which will include Prime Contractor experience and Sub-Contractor experience); Factor 4 - Price. Each evaluation factor (other than price) has approximately equal weight with one another in the evaluation and selection process. Price however, will contribute substantially to the selection decision. The pricing evaluation will consist of the completed Standard Form 1442, Proposal Schedule, and Cost Breakdown Sheet. These documents will be evaluated to determine completeness and reasonableness of the offerors. Offeror's submitting materially incomplete price proposals cannot receive a contract award until corrected by means of discussions or some other authorized means. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest price and to award to the proposer who submitted the proposal determined by the Government to be the most advantageous to the Government. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and offers the greatest value to the Government. Detailed evaluation criteria will be included in the Request for Proposal (RFP) package. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTRACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 236220 with a size standard of $33.5 million. Estimated cost range of the project is $10,000,000.00 to $20,000,000.00 including options. The expected period of performance is 540 calendar days. Issue date for the Request for Proposal package is on or about 18 March 2011 with proposals due on or about 3 May 2011 by 2:00 p.m. The sol icitation documents will only be available via the Federal Business Opportunity Website at www.fbo.gov. H ard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative Action to ensure specified. Award will be made as a whole to one bidder. SPECIAL NOTE: All equal opportunity is applicable to the resulting contract. Liquidated damages will be responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces. This procurement is advertised as Unrestricted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-11-R-0020/listing.html)
- Record
- SN02392195-W 20110305/110303234225-e2d720a179e126e1058b768c3e160e64 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |